REQUEST FOR QUALIFICATIONS

Size: px
Start display at page:

Download "REQUEST FOR QUALIFICATIONS"

Transcription

1 REQUEST FOR QUALIFICATIONS BOARD OF EDUCATION OF WEST CLERMONT LOCAL SCHOOLS WEST CLERMONT NEW HIGH SCHOOL DESIGN-BUILD PROJECT FEBRUARY 4, 2015

2 Administration of Project Project Name: New High School Response Deadline: February 20, 2015 at 12:00 pm Project Location: Clough Pike and Bach- Buxton Rd., Clermont County, Ohio Project Manager: Ed Dyer, Director of Operations Owner: Board of Education of West Clermont Local School District Delivery Method: Design Build Project Overview A. Project Description The Board of Education of West Clermont Local School District (the Board ) is requesting Statements of Qualifications ( SOQs ) from Design-Build Firms interested in designing and constructing the Board s (the Project ) through this Request for Qualifications ( RFQ ). The Board anticipates that each Respondent will be comprised of an architectural/engineering firm with properly licensed professionals (designer) and construction management/contractor firm (builder) or a single corporate entity. The Design- Build Firm will represent a single-point of responsibility for all aspects of design and construction. The Board will select an Evaluation Committee to evaluate the SOQs and select three Respondents (the Short-Listed Firms ) who will then be asked to respond to a detailed Request for Proposal ( RFP ). The Evaluation Committee will evaluate and rank Respondents SOQs based on the criteria discussed herein. Neither the Board, any employees of the Board, nor the Evaluation Committee shall have any liability for the costs and expenses incurred by the Respondents in responding to this RFQ, the forthcoming RFP, responses to clarification requests and resubmittals, potential interviews, and subsequent negotiations. Each Respondent that enters into the procurement process shall prepare the required materials and submittals, and attend meetings and interviews at its own expense and with the express understanding that they cannot make any claim whatsoever for reimbursement for the costs and expenses associated with the process. The Board reserves all rights to terminate and/or modify this procurement process as well as make follow up inquiries after evaluating responses to this RFQ. The Project consists of the design and construction of a new high school classroom building that will merge the existing Amelia and Glen Este high schools. The Project will house approximately 2400 student and 250 teachers and support staff, and be located at the intersection of Clough Pike and Bach-Buxton Road. The Project will be constructed as part of the Ohio School Facilities Commission s ( OSFC s) Expedited Local Partnership Program ( ELPP ). The Project is required to comply with the Ohio School Design Manual ( OSDM ) and all other - 1 -

3 related OSFC policies and procedures. A preliminary Program of Requirements (POR) will be developed as a part of this project by the Criteria Architect/Engineer. The Project will also include Locally Funded Initiatives (LFI s) within the High School, including additional square footage, bleachers, an auditorium and natatorium, as well as a stadium complex on the same property. Road improvements are also anticipated and must be included within the Project cost. B. Scope of Services The Design-Build Firm will be expected to provide the following general categories of services: (1) preconstruction services; (2) design services, including but not limited to, lead and manage the schematic design, design development, and construction documents; (3) construction services; and (4) construction closeout services. The specific services will be identified in more detail in the RFP. Since the Project will be constructed as part of the OSFC s ELPP, the Project and the services provided by the Design-Build Firm are required to comply with the OSDM and all other related OSFC policies and procedures. The expected services are generally described below. Subcontracts including but not limited to Plumbing, Fire Protection, HVAC, and Electrical trades will be awarded by the Design-Build Firm to prequalified vendors using a competitive process as required by the relevant provisions of the Ohio Revised Code. The Design-Build Firm will engage in an "open book" pricing method. Under the "open book" pricing method, the Board and its designee shall have access to all books, records, documents and other data in the possession of Design-Build Firm related to itself, its subcontractors and material suppliers pertaining to bidding, pricing or performance of any services required for the Project. The Design-Build Firm shall include provisions in its subcontracts or purchase orders which allow the Board or its designee access to all of the vendor s books, records, documents and other data. Preconstruction Services: The Design-Build Firm will work cooperatively with the Board and its designee, and will provide, among other services, schedule development, estimate development, program verification, schematic design, design development, Guaranteed Maximum Price (GMP) proposal, subcontractor prequalification and bidding, construction documents preparation, constructability review, permits, budgeting, value engineering, and preconstruction planning throughout the preconstruction stages. Design Services: The Board anticipates that the Design-Build Firm will be engaged to design the Project to a certain point before providing the Board with a GMP proposal. The Design-Build Firm will be provided a design-criteria prepared by the Board with the Request for Proposals. The Design-Build Firm will complete the design of the Project in accordance with the design-criteria. When the drawings and specifications are at a stage of completion specified in an agreement ( Preliminary Agreement ) between the Board and the Design-Build Firm, such partially completed documents (the "Basis Documents") shall be provided to the Board, together with the A/E of Record s detailed listing of any material incomplete design elements and the A/E - 2 -

4 of Record s statement of intended scope with respect to such incomplete elements (the "Design Intent Statement"). Thereafter, the Design-Build Firm shall submit to the Board their proposed Guaranteed Maximum Price (the "GMP") and its qualifications and assumptions based upon the Basis Documents and the Design Intent Statement. The Design-Build Firm, the Board and the Board s designee (along with selected architects, engineers and consultants) shall meet to reconcile any questions, discrepancies or disagreements relating to the qualifications and assumptions, the Basis Documents or the Design Intent Statement. The reconciliation shall be documented by an addendum to the qualifications and assumptions that shall be approved in writing by the Board and the Design-Build Firm. The Design-Build Firm shall then submit to the Board for approval the Design-Build Firm's proposed final GMP based upon the Basis Documents, the approved qualifications and assumptions and the Design Intent Statement. Contingent upon the Board s approval of the final GMP, the parties will enter into an amendment to the Preliminary Agreement establishing the GMP. The final negotiated GMP should not exceed the Project Budget established for construction. If the proposed GMP exceeds such budget, then the Board may terminate its agreement with the Design-Build Firm and seek from other firms proposals for completion of the Project. For purposes of ensuring compliance with the OSDM, four separate design phase submittals/approvals are required for the Project: Program of Requirements, Schematic Design, Design Development, and Construction Documents. The Project s schedule will need to incorporate the submittal dates for each submittal and adequate review time. The Board will approve each design phase by resolution. Construction Services: The Design-Build Firm shall construct the Project pursuant to the construction documents and in accordance with the schedule requirements. The Design-Build Firm shall hold all subcontracts and shall be fully responsible for the means and methods of construction, construction execution, progress schedule, weekly progress meetings, testing and inspection, project safety, project completion within the schedule agreed upon in the preconstruction phase, compliance with all applicable laws and regulations, and submitting monthly reports of these activities to the Board. All subcontracts shall be on the subcontract form prescribed by OAC Section 153: The Board reserves the right to approve the Design- Build Firm s selection of subcontractors and any supplemental terms to the subcontract form. C. Funding / Estimated Budget Total Project Cost: $85,000,000 to $90,000,000. Construction Cost: $73,000,000 to $78,000,000. D. Anticipated Schedule The anticipated schedule for the selection of the Design-Build Firm and the construction of the Project is as follows. Statement of Qualifications Due February 20, 2015 Request for Proposals issued to Short-Listed Firms February 25,

5 Pre-proposal Submission Meeting March 6, 2015 Proposals Due March 11, 2015 Interviews March 16, 2015 Evaluation of Proposals March 11, 2015 March 17, 2015 Award Contract to Design-Build Firm March 31, 2015 Design-Build Firm Services Start March 2015 Construction Stage Start Aug/Sept 2015 Construction Stage Completed July Design-Build Firm Services Completed: July E. EDGE Participation Goal Percent of Preconstruction Compensation: 5% Percent of Design Services Fee: 5% Percent of Contract Sum: 5% F. Evaluation Criteria for Selection The criteria the Board will use to evaluate the SOQs include the following: 1. Competence to perform the required design-build services as indicated by the technical training, education, and experience of the design-build firm s personnel and key consultants, especially the technical training, education, and experience of the employees and consultants of the design-build firm who would be assigned to perform the services, including the proposed architect and engineer of record; 2. Ability of the firm in terms of workload and availability of qualified personnel, equipment, and facilities to perform the required professional design-build services competently and expeditiously, and experience working on similar types of projects; 3. Past performance of the firm as reflected by the evaluation of previous clients with respect to such factors as control of costs, quality of work, dispute resolution, administration of subcontractors, and meeting deadlines and the past performance of the design-build firm s proposed architect and engineer of record; 4. Past performance and history of the Design Build team working on Design Build Educational projects together; - 4 -

6 5. Experience working with the OFCC and with ELPP projects; 6. LEED performance and experience; 7. Proposed EDGE consultants; 8. Experience working with the District; 9. Compliance with sections , , and of the Revised Code, including the use of a licensed design professional for all design services; 10. Financial responsibility including evidence of the capability to provide a surety bond in accordance with paragraph (A) of rule 153: of the Administrative Code; 11. Other qualifications that are consistent with the scope and needs of the project including, but not limited to, knowledge of the local area and working relationships with local subcontractors and suppliers. To properly assess each Respondent s qualifications for this project, the Board requests that each Respondent respond with the following information in the order that it is presented below. Responses must be limited to the experience of the branch office that will have primary responsibility for the project. Each Respondent must submit a SOQ that is separated into the following Sections. The following Paragraphs of this RFQ contain a detailed explanation of the information that should be provided in each Section of the SOQ. 1) Transmittal Letter 2) General Design Build Information 3) Technical Qualifications, including the following Subsections a) Competence of the Respondent to perform the required design and construction services b) Ability of the Respondent in terms of workload and availability of qualified personnel, equipment, and facilities to perform the required design and construction services c) Past performance with respect to such factors as control of costs, quality of work, dispute resolution, administration of subcontractors, meeting deadlines and the past performance of the Design-Build Firm s proposed architect and engineer of record - 5 -

7 d) Past performance and history of the proposed design-build team working together on design-build school building construction projects e) Experience of the proposed design-build team working with the OFCC and with ELPP projects f) Past performance of any proposed EDGE Consultants g) Experience of the Design-Build Firm and the Design-Build Firm s proposed architect and engineer of record working with the Board h) Compliance with Sections , and of the Revised Code, including the use of a licensed design professional for all design services 4) Financial Responsibility 5) Security for Performance 6) Other Qualifications The format of the SOQ must be as outlined above. Narrative pages are to be 8-1/2 inches by 11 inches. All information provided shall be bound into a single volume. A clear and concise presentation of information is encouraged with a maximum page limit of 50 single-sided pages (or 25 double-sided pages), not including resumes of key staff, standard brochures, and financial information and supporting data. Audiovisual materials will not be accepted. Sales brochures are not desired unless directly related to the response and referenced in the text. (1) Transmittal Letter Each SOQ must include one fully executed and notarized Transmittal Letter in the form provided in SOQ Submittal Form 1 without exception. The Transmittal Letter should be typed on Respondent s letterhead. By submitting an SOQ and executing the Transmittal Letter, the Respondent agrees to submit a Proposal if short-listed by the Evaluation Committee. The Transmittal Letter must be signed by a representative of the Respondent who is authorized to sign such material and to commit the Respondent to the obligations contained in the SOQ (the "Designated Signatory"). The Certificate of Authorization (Attachment 1 to the Transmittal Letter) attesting to such authorization must also be submitted with the Transmittal Letter. If the Respondent is a partnership, the SOQ shall be signed by one or more of the general partners. If the Respondent is a corporation, an authorized officer shall sign his or her name and indicate his or her title beneath the full corporate name. If the Respondent is a joint venture, each firm in the joint venture shall sign the Transmittal Letter. Anyone signing the SOQ as agent must file with it legal evidence of his or her authority to execute such SOQ. All forms which require the signature of the Respondent shall be signed by the Designated Signatory. Each Respondent shall provide as Attachment 2 to its Transmittal Letter a copy of appropriate Ohio licenses and certificates of registration required for the Work, including the appropriate architecture licenses. (2) General Design-Build Information - 6 -

8 The SOQ shall include a description of the Respondent, i.e., the form of business structure (corporation, partnership, joint venture, consortia, etc.), that is responding and will serve as the contracting party. If the Respondent is a joint venture, the Respondent must submit evidence that the joint venture entity was created prior to the submission of the SOQ. A Project specific organization chart for Respondent is required. If the Respondent is a partnership, joint venture, or consortium, all members of the Respondent shall be listed. The SOQ shall identify the portions of the Work the Respondent plans to undertake directly and which portions of the Work Respondent plans to subcontract. The Board will have the sole right to approve any subcontractors proposed by Respondents. The Respondent shall also identify any other entity, including without limitation, any corporation, partnership, firm, joint venture, consortium or individual to which the Respondent plans to assign material responsibilities under the Contract. The history, ownership, organization, and background of the Respondent shall be provided. If the Respondent is a partnership, a joint venture or a consortium, the required information shall be submitted for each member thereof. The following information shall be provided for Respondent and any member of the joint venture, partnership or consortium that makes up the Respondent: Name and business address of each member, partner, officer, and stockholder (where applicable) who holds an ownership stake of five percent or more in Respondent or any entity that makes up the Respondent. If the Respondent is a subsidiary of a parent company, state when the subsidiary was formed and its place in the corporate structure of the parent company. If a subsidiary is newly created for the purposes of responding to the RFQ, the reasons for this action must be fully disclosed. Respondents must recognize that its key assigned employees included in the SOQ will be one of the major bases for short-listing Respondents. Therefore, changes to the Respondent's proposed team and key employees will not be allowed in the Proposal stage except for extenuating circumstances (such as corporate takeovers, buyouts, and other unforeseen changes), or to enhance Proposal teams. Short-listed Respondents may enhance their teams prior to submission of Proposals by adding additional personnel and subcontractor members. (3) Technical Qualifications Respondents shall demonstrate their ability to perform the Work by providing the technical qualifications of the Respondent and individual team members. The Evaluation Committee will give most consideration to experience related to the design and construction of new high school buildings or any other similar project. Respondents shall provide qualifications and evidence of experience with buildings of similar size and complexity to the Project. The Evaluation Committee reserves the right to conduct an independent investigation of the Respondent's technical qualifications by contacting Project references, accessing public - 7 -

9 information, and contacting other third parties. Additional information may be requested during the evaluation of technical qualifications. In response to the RFQ, the Respondent shall provide the following information to demonstrate their technical qualifications. (3)(a) Competence of the Respondent to perform the required design-build services Under this section, the Evaluation Committee will evaluate the Respondent s competence to perform the required management services as indicated by the technical training, education, and experience of the Respondent s personnel, especially the technical training, education, and experience of the employees who would be assigned to perform the services. In the SOQ, the Respondent shall provide the following: 1. Design and General Contracting Experience Describe the experience of the Respondent and the experience of the Respondent s employees or agents who would be assigned to the Project in acting as a design professional and general contractor. Describe in greater detail the experience with projects most similar to the Board s Project. 2. Design Services Experience Describe the experience of the Respondent and the experience of the Respondent s employees who would be assigned to the Project in performing design services, including but not limited to, any engineering and design experience for the design and construction of high school projects involving the OSFC and ELPP. If the Respondent intends to use any third party entities to assist with the design services on the Project, the Respondent must also describe the experience of the third party entity in this section. 3. Preconstruction Services Experience Describe the experience of the Respondent and the experience of the Respondent s employees who would be assigned to the Project in performing preconstruction services, including but not limited to, working with designers, architects and engineers, preparing estimates, value engineering, and review of construction documents for constructability. If the Respondent intends to use any third party entities to assist with the preconstruction services on the Project, the Respondent must also describe the experience of the third party entity in this section. 4. Permitting Experience Describe the experience of the Respondent and the experience of the Respondent s employees who would be assigned to the Project in obtaining permits from the State of Ohio and from any other public entity

10 5. Mechanical System Testing and Commissioning Describe the experience of the Respondent and the experience of the Respondent s employees who would be assigned to the Project in testing and commissioning similar public projects. If the Respondent intends to use any third party entities to assist with these services on the Project, the Respondent must also describe the experience of the third party entity in this section. 6. Claim History The Respondent shall disclose (1) all claims that have been made against it on construction projects in the past five years and the reason for each and (2) all claims made by the Respondent on construction projects in the past five years and the reason for each. As used in this paragraph, the phrase claims should not be construed to be limited to formal litigation. The phrase claims should be construed to include any demand by Respondent for additional compensation under a construction project and any request by an owner of a construction project that Respondent replace or repair work installed on a construction project. The Respondent shall provide the names of the Respondent s employee who was responsible for monitoring and resolving any claims and the names of the owner of the project which had a claim arise. 7. Owner Coordination Describe the experience of the Respondent and the experience of the Respondent s employees who would be assigned to the Project in working with and coordinating with an owner during construction. Respondent should describe how meetings with owners and subcontractors are facilitated during a construction project. The Respondent shall provide the names of owners who have worked with the Respondent s employee who would be assigned to the Project. 8. Cost Estimating Describe the experience of the Respondent and the experience of the Respondent s employees who would be assigned to the Project in performing cost estimating, including estimating on projects of this size, type and complexity and experience developing workaround plans or strategies to adapt to budget variances. The Respondent shall provide the names of owner who have worked with the Respondent s employees who would be assigned to the Project. 9. Scheduling Describe the experience of the Respondent and the experience of the Respondent s employees who would be assigned to the Project for scheduling before and during construction. The Respondent shall provide the names of owners who have worked with the Respondent s employees who would be assigned to the Project. (3)(b) Ability of the Respondent in terms of workload and availability of qualified personnel, equipment, and facilities to perform the required design-build services - 9 -

11 Under this section, the Evaluation Committee will evaluate the Respondent s ability in terms of workload and availability of qualified personnel, equipment, and facilities to perform the required design-build services competently and expeditiously, and experience working on similar types of projects. In the SOQ, the Respondent shall provide the following: 1. Key Project Staff Describe the qualifications of all key staff that Respondent will assign to the Project. This submission shall include the key staff of the contracting firm, its parent (if applicable), the primary design firm and other partner firms. This submission shall include an organizational chart which identifies the leadership positions and hierarchy of the individuals on the Project. Information shall include length of time practicing in the profession, familiarity with construction of school facilities in Ohio, including OSFC projects, and proposed project leadership roles. Full resumes of key personnel should be provided and shall include the information requested on SOQ Submittal Form 2. a. Identify the project principal/officer in charge; project manager; discipline/key task leads; and other key staff and sub-respondents to be utilized in completing the Project. b. Demonstrate the proposed project manager s individual experience within the past 15 years managing similar projects. c. Identify the experience of other key personnel including the project engineer, construction manager, field superintendents, safety manager and other key staff Respondent intends to commit to the Project in order to meet contract requirements. d. Provide a listing of other key individuals proposed by Respondent on the project team that would support the completion of this Project. Summarize each team member's area of responsibility, expertise, directly related experience and qualifications for this Work. e. Provide the Board with any letters of reference from satisfied clients. f. List current assignments and provide percentage (%) of time available of all key staff to be committed to the Project. Note geographic distribution of key staff and the suitability of this distribution for projects of this size and complexity; and Document length of time practicing in profession. 2. Equipment and Facilities Describe, in detail, the equipment and facilities that the Respondent intends to devote to the Project to complete the design-build responsibilities, including the preconstruction services

12 (3)(c) Past performance with respect to such factors as control of costs, quality of work, dispute resolution, administration of subcontractors, meeting deadlines and the past performance of the Design-Build Firm s proposed engineer of record Under this section, the Evaluation Committee will evaluate the Respondent s past performance as reflected by the evaluation of previous clients with respect to such factors as control of costs, quality of work, dispute resolution, administration of subcontractors, meeting deadlines and the past performance of the Design-Build Firm s proposed engineer of record. In the SOQ, the Respondent shall provide the following: 1. Relevant Project Experience Describe up to five directly relevant projects completed within the past 5 years that the Respondent has been involved with as a design-builder or general contractor. A brief description of these selected projects shall be provided, including the history of operation, current status, and a description of the Respondent's specific involvement in these projects. 2. Control of Costs Describe the procedures used by the Respondent to monitor and control costs on projects. The Respondent shall provide the name of every owner that these same procedures were used for over the past 5 years. If the Respondent s costs have exceeded the Respondent s budgeted costs by more than 4 percent on any project completed within the past 5 years, provide a description of why the project costs exceeded the budgeted project costs and the name of the project s owner. 3. Quality of Work Describe the procedures used by the Respondent to monitor the quality of the work being installed on a project. The Respondent shall provide the name of every owner that these same procedures were used for over the past 5 years. 4. Dispute Resolution Describe the procedures used by the Respondent to resolve claims and disputes on a project. The Respondent shall provide the name of every owner that these same procedures were used for over the past 5 years. 5. Administration of Subcontractors Described the procedures used by the Respondent to administer subcontracts. The Respondent shall provide the name of every owner that these same procedures were used for over the past 5 years. 6. Meeting Deadlines Describe the procedures used by the Respondent in meeting deadlines on a construction project. Provide the name of the employee of the Respondent who will be responsible for and able to address issues related to the timeliness of the completion of the tasks required in the contract. The Respondent shall provide the name of every owner who has worked with the employee named by the Respondent over the past 5 years

13 7. Past Performance of Proposed Architect and Engineer of Record. Describe up to five directly relevant projects completed within the past 5 years that the Respondent s proposed architect and engineer of record have been involved. A brief description of these selected projects shall be provided, including the history of operation, current status, and a description of the proposed architect's or engineer s specific involvement in these projects. (3)(d) Past performance and history of the proposed design-build team working together on design-build school building construction projects Under this section, the Evaluation Committee will evaluate the Respondent s past performance and history of the proposed design-build team in working together on design-build school building construction projects. In the SOQ, the Respondent shall provide the description of any project that the Respondent has performed with the proposed architect and engineer of record, including any design-build school building construction project. (3)(e) Experience of the proposed design-build team working with the OSFC and with ELPP projects Under this section, the Evaluation Committee will evaluate the Respondent s experience working with the OSFC and with ELPP projects. In the SOQ, the Respondent shall provide a detailed description its history of working with the OSFC and with ELPP projects. (3)(f) Past performance of any proposed EDGE Consultants Under this section, the Evaluation Committee will evaluate the past performance of any of Respondent s proposed EDGE Consultants. In the SOQ, the Respondent shall provide a detailed description of the experience of any proposed EDGE consultant. (3)(g) Experience of the Design-Build Firm and the Design-Build Firm s proposed architect and engineer of record working with the Board Under this section, the Evaluation Committee will evaluate the experience of the Respondent and the Respondent s proposed architect and engineer of recording working with the Board. In the SOQ, the Respondent shall provide a detailed description of all projects owned by the Board that the Respondent or Respondent s proposed architect and engineer of record have been involved with in any capacity. (3)(h) Compliance with Sections , and of the Revised Code, including the use of a licensed design professional for all design services Under this section, the Evaluation Committee will evaluate the Respondent s compliance with Sections , and of the Revised Code, including the planned use

14 of a licensed design professional to oversee and perform all design services. In the SOQ, the Respondent shall provide the name of the design professionals who will be responsible for design of the Project and copies of the related licenses of the named design professionals. (4) Financial Responsibility including evidence of the capability to provide a surety bond in accordance with paragraph (A) of rule 153: of the Administrative Code Under this section, the Respondent shall furnish the financial information requested below. If the SOQ is being submitted by a consortium, a joint venture, or a partnership, the SOQ shall identify the parties and relationships. Each member of such consortium, joint venture, or partnership shall provide full disclosure information regarding their financial strength as specified in this section for individual Respondents. Any financial information submitted will be subject to potential public review. Financial Statements and Data 1. Annual audited financial reports for the Respondent (the most recent year), prepared in accordance with Generally Accepted Accounting Principles ( GAAP ), and all relevant notes. 2. The most recent Form 10-K and Form 10-0 filed with the Securities and Exchange Commission (the SEC ) by the Respondent; or, if one or more of the parties are not regulated by the SEC, then the most recent quarterly financial report for each such party. This quarterly financial report may be prepared internally, but must be approved and signed by an officer of the company. 3. Completed copies of the "Financial Resources Data" forms (SOQ Submittal Form 4) by the Respondent. Other Financial Information The Respondent shall provide responses to each of the following requests for information concerning the Respondent (except where otherwise noted): 1. Describe any material historical, existing or anticipated changes in financial position of the Respondent, including any material changes in the mode of conducting business, mergers, acquisitions, takeovers, joint ventures, and/or divestitures. 2. Has the Respondent ever filed for bankruptcy? If so, when, and describe the impact it would have on the ability to honor contractual commitments?

15 3. List and briefly describe any threatened, pending or past legal proceeding and judgment, or any contingent liabilities, in which the Respondent, or any parents, affiliates and subsidiaries of the Respondent was or is a party that would adversely affect the Respondent's financial position or ability to honor its contractual commitments to the Board. 4. Has the Respondent failed to complete any contract, or has any contract been terminated due to alleged poor performance or default, or has the Respondent been found to be in violation of any provision of international, federal, state, or local regulations? If so, provide explanation. 5. Has the Respondent been convicted of any criminal conduct or been found in violation of any federal, state, or local statute, regulation, or court order concerning antitrust, public contracting, employment discrimination, or prevailing wages? If so, describe the circumstances. 6. Has the Respondent been barred from bidding on public contracts by the federal government or by any governmental entity in Ohio or any other state? If so, describe the circumstances. Is the decision under review or was it upheld by formal legal and/or grievance process? (5) Security for Performance In response to the RFQ, each Respondent shall submit a letter from its surety s agent expressing its intent to issue the required bonds if the Respondent is selected on the Project. The Selected Proposer, at its own expense, will be required to provide and maintain performance and payment bonds in the forms provided under the Ohio Revised Code. The bonding company shall have an A.M. Best rating of A or above. Additionally, based on its review of the SOQs, the Board reserves the right to require additional security if the Board determines that additional security is required. Such additional security requirements will be defined in the RFP. (6) Other Qualifications Under this section, the Evaluation Committee will evaluate other qualifications that are consistent with the scope and needs of the Project including, but not limited to, knowledge of the local area and working relationships with local subcontractors and suppliers. In the SOQ, the Respondent should submit any additional information related to its qualifications not provided above which are consistent with the scope and needs of the Project, including Respondent s knowledge of the local area and working relationship with local subcontractors and suppliers. G. Submittal Instructions Prior to submitting a SOQ, all interested parties must submit a Notice of Intent to the following representative of the Board:

16 Ed Dyer, Director of Operations Director West Clermont Local School District 4350 Aicholtz Road, Suite 220 Cincinnati, Ohio Fax and Melanie R. Friedman 2841 Riviera Drive Suite 200 Fairlawn, Ohio The Notice of Intent must identify the entity which will be submitting an SOQ in response to this RFQ, and sufficient contact information that will allow the Board to send any clarifications, responses to questions and other information related to this RFQ to the potential Respondent. All questions about this RFQ must be submitted in writing to Ms. Friedman at 4 days prior to the submission deadline for the SOQ. Answers to the questions submitted in written will be provided by a written clarification addendum that will be distributed to all Respondents who have submitted a Notice of Intent. Any Respondent who does not submit a Notice of Intent waives any right that it may have to receive copies of the questions received and answers provided by the District. Each Respondent must submit six (6) copies of its response to this RFQ to Mr. Dyer at the address above by the Response Deadline identified herein. Write on the outside of the sealed envelope or box: "Statement of Qualifications for the Board of Education of West Clermont Local School District s New High School Design-Build Project. The SOQ must be separated by tabs into the following sections: (1) Transmittal Letter (2) General Design Build Information (3) Technical Qualifications, including the following Subsections a) Competence of the Respondent to perform the required design and construction services b) Ability of the Respondent in terms of workload and availability of qualified personnel, equipment, and facilities to perform the required design and construction services c) Past performance with respect to such factors as control of costs, quality of work, dispute resolution, administration of subcontractors, meeting deadlines

17 and the past performance of the Design-Build Firm s proposed architect and engineer of record d) Past performance and history of the proposed design-build team working together on design-build school building construction projects e) Experience of the proposed design-build team working with the OFCC and with ELPP projects f) Past performance of any proposed EDGE Consultants g) Experience of the Design-Build Firm and the Design-Build Firm s proposed architect and engineer of record working with the Board h) Compliance with Sections , and of the Revised Code, including the use of a licensed design professional for all design services (4) Financial Responsibility (5) Security for Performance (6) Other Qualifications Narrative pages are to be 8-1/2 inches by 11 inches. All information provided shall be bound into a single volume. A clear and concise presentation of information is encouraged with a maximum page limit of 50 single-sided pages (or 25 double-sided pages), not including resumes of key staff, financial information, and supporting data. Respondent must complete the attached Transmittal Letter and all associated attachments. The Evaluation Committee, at its sole discretion, shall have the right to seek clarifications from each of the Respondents in order to fully understand the nature of the submissions and evaluate and rank the Respondents. The evaluation of the technical and financial qualifications will be based on the submissions received, correspondence with the project team and references, and an analysis of any other publicly available information. A Respondent shall be considered responsive if the SOQ responds to the RFQ in all material respects and contains no irregularities or deviations from the RFQ. Each Respondent that is rejected as nonresponsive will be notified of the finding that it was nonresponsive and the reasons for the finding in writing. The Board reserves all rights to waive any informalities, irregularities or technical defects in the responses to this RFQ

18 FORM 1 BOARD OF EDUCATION OF WEST CLERMONT LOCAL SCHOOL DISTRICT NEW HIGH SCHOOL DESIGN-BUILD PROJECT TRANSMITTAL LETTER (To be typed on Respondent's Letterhead) West Clermont Local School District 4350 Aicholtz Road, Suite 220 Cincinnati, Ohio Attn: Ed Dyer, Director of Operations Director [Date] Re: Statement of Qualifications for the Board of Education of West Clermont Local School District s New High School Design-Build Project (the "Respondent") hereby submits its Statement of Qualifications ( SOQ ) in response to the Request for Qualifications ( RFQ ) for the Board of Education of West Clermont Local School District s (the Board s ) New High School Design- Build Project (the Project ). As a duly authorized representative of the Respondent, I hereby certify, represent and warrant as follows in connection with the SOQ: 1. The Respondent acknowledges receipt of the RFQ and the following addenda: No. Date 2. The submittal of the SOQ has been duly authorized by, and in all respects is binding upon, the Respondent. The Certificate of Authorization submitted as Attachment 1 to this Transmittal Letter evidences my authority to submit the SOQ and bind the Respondent. 3. The Respondent has completely reviewed and understands and agrees to be bound by the requirements of the RFQ. 4. The firms that will be members of the Respondent's Project team include as follows (describe role for each member):

19 5. All information and statements contained in the SOQ are current, correct and complete, and are made with full knowledge that the Board will rely on such information and statements in short-listing the Respondents. 6. The SOQ has been prepared and is submitted without collusion, fraud or any other action taken in restraint of free and open competition for the services contemplated by the RFQ. 7. The Respondent will comply with any applicable state and federal equal opportunity and affirmative action requirements associated with the funding of this Project. 8. Neither the Respondent, nor the Guarantor is currently suspended or debarred from doing business with any governmental entity. 9. No person or selling agency has been employed or retained to solicit the award of the Contract under an arrangement for a commission, percentage, brokerage or contingency fee or on any other success fee basis, except bona fide employees of the Respondent. 10. The Respondent's contact person who will serve as the interface between the Board and the Respondent is: Name: Title: Address: Phone: Fax: Name of Respondent Name of Designated Signatory Signature Title

20 (Notary Public) State of County of On this day of, 2015, before me appeared personally known to me to be the person described in and who executed this and acknowledged that (she/he) signed the same freely and voluntarily for the uses and purposes therein described. In witness thereof, I have hereunto set my hand and affixed my official seal the day and year last written above. (SEAL) Notary Public in and for the state of (Name printed) Residing at My commission expires

21 Attachment 1 CERTIFICATE OF AUTHORIZATION* I,, a resident of in the State of DO HEREBY CERTIFY that I am the Clerk/Secretary of a corporation duly organized and existing under and by virtue of the laws of the State of ; that I have custody of the records of the corporation; and that as of the date of this certification, holds the title of of the corporation, and is authorized to execute and deliver in the name and on behalf of the corporation the Statement of Qualifications submitted by the corporation in response to the Request for Qualifications for the Board of Education of West Clermont Local School District s New High School Design-Build Project; and all documents, letters, certificates and other instruments which have been executed by such officer on behalf of the corporation in connection therewith. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of the corporation this day of (Affix Seal Here) Clerk/Secretary * Note: Separate certifications shall be submitted if more than one corporate officer has executed documents as part of the Statement of Qualifications. Modify this certificate for use by other than a corporation or corporations

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station Request for Qualifications Professional Design and Construction Services as a Design-Builder For Submittal Due Date: August 4, 2015 Notice is hereby given that Delhi Township is seeking Statements of Qualification

More information

Request for Qualifications Construction Manager at Risk Contract

Request for Qualifications Construction Manager at Risk Contract Request for Qualifications Construction Manager at Risk Contract Project Owner: The MetroHealth System Project Name: Hybrid Operating Room (OR) CM 15.17 and OR Renovation Upgrade CM 16.06 Project Location:

More information

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION REQUEST FOR PROPOSLS (RFP) CONSTRUCTION MANAGER (CM) AT RISK SERVICES FOR DETENTION FACILITIES PROJECTS PROJECT #15218 PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS

More information

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail. April 26, 2018 Subject: RFP2M18-06: Request for Proposal Construction Management and Inspection Services for the Sewer Plant #7 Replacement Project. The City of Alhambra is requesting proposals from experienced,

More information

Request for Qualifications Construction Manager

Request for Qualifications Construction Manager Midland Community Unit School District #7 Request for Qualifications Construction Manager April 6, 2016 MIDLAND ELEMENTARY SCHOOL LACON, ILLINOIS Page 1 of 11 Construction Management Statement of Qualifications

More information

REQUEST FOR QUALIFICATIONS. Design Professional Services

REQUEST FOR QUALIFICATIONS. Design Professional Services REQUEST FOR QUALIFICATIONS Design Professional Services Return Completed Qualifications To: Bonneville Joint School District No. 93 3497 North Ammon Road Idaho Falls, Idaho 83401 TO BE CONSIDERED, QUALIFICATIONS

More information

QUALIFICATIONS QUESTIONAIRE REQUEST FOR PROPOSALS BY THE GUILFORD COUNTY BOARD OF EDUCATION FOR CONSTRUCTION MANAGER AT RISK

QUALIFICATIONS QUESTIONAIRE REQUEST FOR PROPOSALS BY THE GUILFORD COUNTY BOARD OF EDUCATION FOR CONSTRUCTION MANAGER AT RISK Page 1 of 24 QUALIFICATIONS QUESTIONAIRE REQUEST FOR PROPOSALS BY THE GUILFORD COUNTY BOARD OF EDUCATION FOR CONSTRUCTION MANAGER AT RISK FOR THE FOLLOWING PROJECTS: (1) BLUFORD ELEMENTARY SCHOOL PROJECT

More information

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services Date: June 15, 2017 REQUEST FOR PROPOSALS For: As needed Plan Check and Building Inspection Services Submit Responses to: Building and Planning Department 1600 Floribunda Avenue Hillsborough, California

More information

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK DANBURY INDEPENDENT SCHOOL DISTRICT Project: Danbury I.S.D. Elementary School Issue Date: March 2, 2018 Submission Due Date: March 20, 2018 Table

More information

(1) Vendor Acknowledgement (2) Instructions *(3) Scope/Required Information and Documents Outline Including Notarized Certification

(1) Vendor Acknowledgement (2) Instructions *(3) Scope/Required Information and Documents Outline Including Notarized Certification February 3, 2017 Subject: Enclosures: Request for Qualifications DPS 2016 Bond Prime General Contractor Pre-Qualification (1) Vendor Acknowledgement (2) Instructions *(3) Scope/Required Information and

More information

Dakota County Technical College. Pod 6 AHU Replacement

Dakota County Technical College. Pod 6 AHU Replacement MINNESOTA STATE COLLEGES AND UNIVERSITIES Dakota County Technical College Pod 6 AHU Replacement REQUEST FOR PROPOSAL (RFP) FOR MECHANICAL ENGINEERING SERVICES JULY 16, 2018 SPECIAL NOTE: This Request for

More information

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017 Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017 Attention: Purchasing Agent Address: City School District of Albany 1 Academy

More information

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES September 22,2016 Mammoth Unified School District 461 Sierra Park Road/PO Box 3509, Mammoth Lakes,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Local Support for a Senior Affordable Housing Development Application for low income housing tax credits from the Florida Housing Finance Corporation SUBMISSION DEADLINE: Noon, Thursday,

More information

COMMUNITY CONSOLIDATED SCHOOL DISTRICT West Dundee Road Wheeling, IL REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES

COMMUNITY CONSOLIDATED SCHOOL DISTRICT West Dundee Road Wheeling, IL REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES COMMUNITY CONSOLIDATED SCHOOL DISTRICT 21 999 West Dundee Road Wheeling, IL 60090 REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES Proposals Due: Friday, September 21, 2018 REQUEST FOR QUALIFICATIONS

More information

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ #14-002 ARCHITECTURAL SERVICES Bond Measure G The Solano Community College District ( District ) is requesting qualified persons, firms, partnerships,

More information

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414 SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414 PROPOSALS ARE DUE ON APRIL 27, 2018 BY 12:00 PM EST

More information

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES Town of Derry, NH Office of the Finance Department Susan A. Hickey Chief Financial Officer susanhickey@derrynh.org REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES The Town of Derry, New

More information

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents Project Name East Campus Quad Town Center Project Number C20182091 Project Location 4250 Richmond Road Project Manager Phillip Pallone City / County Highland Hills / Cuyahoga Owner Cuyahoga Community College

More information

REQUEST FOR PROPOSALS For Design Services for New Fire Station

REQUEST FOR PROPOSALS For Design Services for New Fire Station REQUEST FOR PROPOSALS For Design Services for PROPOSAL SUBMISSION DEADLINE: March 18, 2015 Page 1 Table of Contents A. Introduction B. Project Description C. Scope of Services D. Qualifications E. Selection

More information

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES STATE OF FLORIDA, DEPARTMENT OF MILITARY AFFAIRS CONSTRUCTION & FACILITY MANAGEMENT OFFICE PUBLIC ANNOUNCEMENT REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES For PROJECT NUMBER: FEA 1802 Multi-Facility

More information

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017 REQUEST FOR PROPOSALS: AUDIT SERVICES Issue Date: February 13 th, 2017 Due Date: March 22 nd, 2017 In order to be considered, proposals must be signed and returned via email to rtan@wested.org by noon

More information

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

PROPOSAL INSTRUCTIONS AND REQUIREMENTS PROPOSAL INSTRUCTIONS AND REQUIREMENTS A Proposal is requested by the Dallas/Fort Worth International Airport Board (herein called Board). The Board will receive separate sealed Proposals until the deadline

More information

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services PUBLIC ANNOUNCEMENT AND GENERAL INFORMATION WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services QUALIFICATIONS MUST BE RECEIVED ON OR BEFORE: Dec

More information

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016 Massachusetts Bay Transportation Authority POLICIES & PROCEDURES Design Build Procurement Procedures April 2016 Design Build Procurement Procedures April 2016 Massachusetts Bay Transportation Authority

More information

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION COUNTY OF LYCOMING PURCHASING DEPARTMENT Mya Toon, Lycoming County Chief Procurement Officer, CPPB Lycoming County Executive Plaza 330 Pine Street, Suite 404, Williamsport, PA 17701 Tel: (570) 327-6746

More information

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO. OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO. 132366 For which proposals are scheduled to open in the Bid & Bond

More information

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES

ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES REQUEST FOR QUALIFICATIONS # 1206-18/19 FOR ARCHITECTURAL, LANDSCAPE, AND ENGINEERING CONSULTING SERVICES Issue Date: June 26, 2018 Pre-Bid July 9, 2018 at 10:00 A.M. Conference: 1515 West Mission Road,

More information

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO. REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES FOR DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA 32725 MASTER PLAN PROJECT NO. 184620 School Board of Volusia County Florida Facilities Services

More information

PPEA Guidelines and Supporting Documents

PPEA Guidelines and Supporting Documents PPEA Guidelines and Supporting Documents APPENDIX 1: DEFINITIONS "Affected jurisdiction" means any county, city or town in which all or a portion of a qualifying project is located. "Appropriating body"

More information

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services Selection Process for Architectural & Engineering Services TABLE OF CONTENTS PROJECT DESCRIPTION... 1 POLICY-COMPETITIVE SELECTION PROCESS... 1 REQUIREMENTS OF DESIGN PROFESSIONAL (DP)... 3 STATEMENT OF

More information

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1 Town of Taos Request for Proposal (RFP) PLANNING/ENGINEERING SERVICES FOR SITE PLAN, PHASED DEVELOPMENT PLAN AND PRELIMINARY COST ESTIMATES FOR A REGIONAL FIRE AND PUBLIC SAFETY TRAINING FACILITY February

More information

Lexington Center Corporation Request for Qualifications for PROJECT COORDINATOR SERVICES

Lexington Center Corporation Request for Qualifications for PROJECT COORDINATOR SERVICES Lexington Center Corporation Request for Qualifications for PROJECT COORDINATOR SERVICES Lexington Convention Center Renovation and Expansion I. Description of Project The Lexington Center Corporation

More information

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project Request for Qualifications No. 7-1718 Architectural & Engineering Services for LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project Submittal Deadline: November 10, 2017, 2:00 P.M. Spokane Public Schools

More information

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet A) Deadline for Submittal Proposal Due Date: On or before 4:00 p.m. on Tuesday, December 6, 2011. Interested applicants

More information

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR DATE RFP RELEASED June 13, 2013 1 PURPOSE OF THIS REQUEST FOR PROPOSAL (RFP) The

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS FACILITIES MANAGEMENT 4202 EAST FOWLER AVENUE / OPM 100 TAMPA, FL 33620-7550 PHONE: (813) 974-2750 FAX: (813) 974-3542 REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT (CM) SERVICES FOR USF HONORS

More information

REQUEST FOR PROPOSALS. General Contractor/ Construction Manager (GC/CM) Services

REQUEST FOR PROPOSALS. General Contractor/ Construction Manager (GC/CM) Services REQUEST FOR PROPOSALS General Contractor/ Construction Manager (GC/CM) Services Spokane International Airport (SIA) Security Upgrades Project #15-43-1866 SPOKANE INTERNATIONAL AIRPORT (SIA) 9000 W. Airport

More information

LOCKHART INDEPENDENT SCHOOL DISTRICT

LOCKHART INDEPENDENT SCHOOL DISTRICT LOCKHART INDEPENDENT SCHOOL DISTRICT Request for Qualifications #14-011 The Lockhart Independent School District ( District ) is seeking Submissions in response to this Request for Qualifications ( RFQ

More information

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS The City of Hondo requests the submission of qualifications statements, which will lead to the possible award of a contract to provide planning, design

More information

Request for Proposal For Pre-Employment Screening Services. Allegheny County Airport Authority

Request for Proposal For Pre-Employment Screening Services. Allegheny County Airport Authority Request for Proposal Request for Proposal P a g e 2 Table of Contents Confidentiality Statement... 3 Submission Details... 3 Submission Deadlines... 3 Submission Delivery Address... 3 Submission Questions

More information

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services Selection Process for Continuing Contract for Architectural & Engineering Services TABLE OF CONTENTS PROJECT DESCRIPTION... 1 POLICY - COMPETITIVE SELECTION PROCESS... 1 REQUIREMENTS OF DESIGN PROFESSIONAL

More information

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS to provide INVESTMENT MANAGEMENT SERVICES for BLUE GRASS AIRPORT DATED: March 5, 2017 TABLE OF CONTENTS 1. NOTICE AND REQUEST FOR PROPOSALS...

More information

All proposals must be received by August 30, 2016 at 2:00 PM EST

All proposals must be received by August 30, 2016 at 2:00 PM EST July 25, 2016 REQUEST FOR PROPOSAL Northwood School District SAU #44 Strategic Planning for the Northwood School District You are cordially invited to submit a proposal for Strategic Planning for the Northwood

More information

City of Malibu Request for Proposal

City of Malibu Request for Proposal Request for Proposal North Santa Monica Bay Coastal Watersheds Monitoring Services Date Issued: April 26, 2016 Date Due: May 17, 2016, 4:00 P.M. The Qualifications Proposal and Cost Proposal must be submitted

More information

REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT

REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT 2016-2021 GENERAL The intent and purpose of this Request for Qualifications (RFQ) is

More information

Colquitt Regional Medical Center

Colquitt Regional Medical Center March 21 st, 2018 REQUEST FOR QUALIFICATIONS (PHASE I) And REQUEST FOR PROPOSAL (PHASE II) To Provide CONSTRUCTION MANAGEMENT AT-RISK SERVICES For The Hospital Authority of Colquitt County At Colquitt

More information

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR FM 471 (CULEBRA ROAD) KALLISON LANE TO FM 1560 CSJ: 0849-01-046 PASS-THROUGH FINANCE PROJECT Bexar County Public

More information

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO. 2018-19-CSB CONSTRUCTION MANAGEMENT SERVICES The County of Dunn is requesting proposals for Construction Management Services. The services

More information

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility 1 Borough of Kennett Square Request for Proposals (RFP) Feasibility Study

More information

Arizona Department of Education

Arizona Department of Education State of Arizona Department of Education Request For Grant Application (RFGA) RFGA Number: ED07-0028 RFGA Due Date / Time: Submittal Location: Description of Procurement: February 9, 2007, at 3:00 P.M.

More information

1 INTERNAL AUDIT SERVICES RFP

1 INTERNAL AUDIT SERVICES RFP 1 Price Proposal... 4 Introduction... 7 Scope of Work... 7 Expected Outcomes and Deliverables... 8 Selection Process... 8 Qualification and Evaluation of Proposals... 9 Proposer Representations... 10 Basis

More information

January 2, 2018 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

January 2, 2018 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES January 2, 2018 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES I. Project Forsyth County Courthouse & Administrative Building II. Goal Forsyth County requests responses from licensed

More information

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN REQUEST FOR PROPOSAL (RFP) #1314-15 CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN Request for Proposal must be received no later than January 3, 2014 at 2:00 pm CARRI MATSUMOTO

More information

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services REQUEST FOR QUALIFICATIONS Architectural/Engineering Design Services Logistics DISTRICT CONTACTS FOR QUESTIONS Jeff Collum Superintendent Phone: 903-668-5990 Email: jcollum@hisd.com REQUEST FOR STATEMENT

More information

Request for Proposals and Qualifications for. Owner s Representative Services (RFP) August Farmington Public Schools. Farmington Town Hall

Request for Proposals and Qualifications for. Owner s Representative Services (RFP) August Farmington Public Schools. Farmington Town Hall Request for Proposals and Qualifications for Owner s Representative Services (RFP) August 2016 Farmington Public Schools Farmington Town Hall 1 Monteith Drive Farmington, CT 06032 RFP Issued: 8/6/2016

More information

Knights Ferry Elementary School District

Knights Ferry Elementary School District Knights Ferry Elementary School District REQUEST FOR PROPOSAL FOR THE IMPLEMENTATION OF ENERGY EFFICIENCY MEASURES FUNDED BY THE CLEAN ENERGY JOBS ACT - PROPOSITION 39 REQUEST FOR PROPOSAL SUBMITTAL DEADLINE

More information

Request for Statements of Qualifications Construction Management and General Contractor at Risk San Mateo County Replacement Correctional Facility

Request for Statements of Qualifications Construction Management and General Contractor at Risk San Mateo County Replacement Correctional Facility Request for Statements of Qualifications Construction Management and General Contractor at Risk San Mateo County Replacement Correctional Facility San Mateo County Sheriff s Office Issued: December 21,

More information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES Medical Research & Education Building 2 Texas A&M Health Science Center Bryan, Texas Project No. 23-3203 DEADLINE FOR SUBMITTAL: 2pm, Thursday,

More information

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements Request for Qualifications/Proposals PART 1 1.1 PURPOSE The Okeechobee Utility Authority is requesting respondents

More information

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES Generator Sizing and Installation Proposal Due Date: June 26, 2017 Proposal Due Time: 2:00 P.M. Released May 23, 2017 Table of Contents

More information

REQUEST FOR QUALIFICATIONS CONSULTING ENGINEERING SERVICES LLANO COUNTY

REQUEST FOR QUALIFICATIONS CONSULTING ENGINEERING SERVICES LLANO COUNTY REQUEST FOR QUALIFICATIONS FOR CONSULTING ENGINEERING SERVICES 18-401-02 LLANO COUNTY LLANO COUNTY 1447 E. State Highway 71, Unit B Llano, TX 78643 325-247-3783 1 TABLE OF CONTENTS Page Introduction 3

More information

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER Issued On: February 1, 2018 Date Due: February 23, 2018-2:00 pm CST At: 545 Academy Drive Northbrook, IL 60062 Northbrook Activity Center 180 Anets Drive

More information

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117 REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES FOR WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117 RENOVATIONS & ADDITIONS PROJECT NO. 174582 School Board of Volusia County

More information

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1 REQUEST FOR PROPOSALS Design-Build of General Aviation Terminal Building RFP# AIR/17-012, page 1 RFP# AIR/17-012 REQUEST FOR PROPOSALS ISSUE DATE: November 22, 2017 TITLE: DUE: Design-Build of General

More information

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE REQUEST FOR PROPOSAL Child Welfare Training Proficiency Training Program RFP#: RFP05J26GN1 Release Date: June 1, 2017 COMMODITY

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Request For Qualification (RFQ) Number: RFQ 2017-01 Architect for the Plaza at Centennial Hill - Phase III DATE OF ISSUANCE:

More information

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES STATE OF FLORIDA, DEPARTMENT OF MILITARY AFFAIRS CONSTRUCTION & FACILITY MANAGEMENT OFFICE PUBLIC ANNOUNCEMENT REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES For PROJECT NUMBER: 212060 BROOKSVILLE

More information

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES TOWN OF KILLINGWORTH BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES DATE: February 14, 2018 1 I. INTRODUCTION A. General Information The Town of Killingworth is requesting proposals

More information

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT The Lower Manhattan Development Corporation, ( LMDC ) a subsidiary of the New York State Urban Development Corporation

More information

Attention Design Firms

Attention Design Firms Attention Design Firms If you are downloading the RFQ from the website, continue to monitor the website for addenda. Failure to incorporate any addenda into your submittal may cause your submittal to be

More information

City of Provo, Utah Parks and Recreation Department. Request for Proposal (RFP) Architectural Services for a New Community Recreation Center

City of Provo, Utah Parks and Recreation Department. Request for Proposal (RFP) Architectural Services for a New Community Recreation Center City of Provo, Utah Parks and Recreation Department Request for Proposal (RFP) Architectural Services for a New Community Recreation Center RFP No. 14065 I. GENERAL OVERVIEW AND DESCRIPTION OF PROJECT

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS FACILITIES MANAGEMENT 4202 EAST FOWLER AVENUE / OPM 100 TAMPA, FL 33620-7550 EDITION: NOVEMBER 1, 2016 PHONE: (813) 974-2845 FAX: (813) 974-3542 REQUEST FOR QUALIFICATIONS PROJECT NAME: USF CPT REPLACE

More information

REMINDER RFQ#: Administering Screens and Assessments: ASQ3 and ASQ-SE Training DEADLINE FOR SUBMISSION IS. July 24, PM

REMINDER RFQ#: Administering Screens and Assessments: ASQ3 and ASQ-SE Training DEADLINE FOR SUBMISSION IS. July 24, PM 1 P age REMINDER RFQ#: 12-005 Administering Screens and Assessments: ASQ3 and ASQ-SE Training DEADLINE FOR SUBMISSION IS July 24, 2012 2 PM REPLIES ARRIVING AFTER 2 PM ON JULY 24, 2012 WILL NOT BE ACCEPTED

More information

Page 1. Date: January 24, Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO.

Page 1. Date: January 24, Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO. Date: January 24, 2017 Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO. HATC-01-2017 Issue Date: January 24, 2017 Qualifications Due Date: February 17,

More information

CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES

CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES CLOSING DAY AND TIME: Sealed proposals will be received no later than: 2:00 P.M. CST January 8, 2018 MARK PACKAGE: TRANSIT MANAGEMENT PROPOSAL

More information

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018 Request for Proposal Internet Access Houston County Public Library System Erate Funding Year July 1, 2017 through June 30, 2018 REQUEST FOR PROPOSAL Internet Access Houston County Public Library System

More information

KELLER INDEPENDENT SCHOOL DISTRICT

KELLER INDEPENDENT SCHOOL DISTRICT KELLER INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS INSTRUCTIONS AND SPECIFICATIONS FOR: #1802-05 Architect Services - Facility Assessments & Capital Improvement Planning Services DEADLINE: February

More information

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017 (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017 SUMMARY The City of Iowa City, Iowa is soliciting proposals from interested consultants to

More information

EDGEWOOD INDEPENDENT SCHOOL DISTRICT

EDGEWOOD INDEPENDENT SCHOOL DISTRICT EDGEWOOD INDEPENDENT SCHOOL DISTRICT RFQ 13-006 Design Build Services for Central Administration Building Owner: Edgewood Independent School District, 5358 W. Commerce Street, San Antonio, TX 78237 Contact

More information

Date: April 6, 2018 SUBJECT: REQUEST FOR QUALIFICATIONS. RFQ # Business Analyst Services

Date: April 6, 2018 SUBJECT: REQUEST FOR QUALIFICATIONS. RFQ # Business Analyst Services Date: April 6, 2018 SUBJECT: REQUEST FOR QUALIFICATIONS The City of O Fallon, MO is interested in obtaining Statements of Qualification from organizations capable of providing business analyst services

More information

TOWN AUDITING SERVICES

TOWN AUDITING SERVICES REQUEST FOR PROPOSAL TOWN AUDITING SERVICES TOWN OF LONGMEADOW MASSACHUSETTS Saved as: RPF Acct Auditing Services FY 12-14 03/1/11 TOWN OF LONGMEADOW REQUEST FOR PROPOSALS FOR AUDITING SERVICES The Town

More information

Request for Proposals for Construction Manager at Risk Watertown Community Center

Request for Proposals for Construction Manager at Risk Watertown Community Center Request for Proposals for Construction Manager at Risk Watertown Community Center October 29, 2014 City of Watertown, South Dakota Publish: Wednesday, October 29, 2014 Section 1 Advertisement for Proposals

More information

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk

Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk CITY OF GRAND BLANC REQUEST FOR PROPOSAL FOR PRE-DEMOLITION INVESTIGATION AND SURVEY OF ASBESTOS AND HAZARDOUS MATERIALS FOR THE STRUCTURE AT 113 REID ROAD, GRAND BLANC, MICHIGAN 48439 Issued: Thursday,

More information

Washington County Public Works, Building Services

Washington County Public Works, Building Services Public Works Department 11660 Myeron Road North Stillwater, MN 55082 Washington County Public Works, Building Services Qualifications for Architectural and Engineering Services For Washington County Library,

More information

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan Request for Proposal For Consulting Services For a Fiber-to-the-Home Network In Lyndon Township Proposals may be mailed or delivered

More information

REQUEST FOR PROPOSAL (RFP) # FY

REQUEST FOR PROPOSAL (RFP) # FY REQUEST FOR PROPOSAL (RFP) # FY 2014-2015-010 CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) CONSTRUCTION MANAGER AT RISK (CMAR) EXHIBIT I SCOPE OF WORK PREPARED BY: CITY OF HALLANDALE BEACH CITY MANAGER

More information

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

INVITATION TO NEOGOTIATE ISSUED DATE ITN # INVITATION TO NEOGOTIATE ISSUED DATE ITN # 14-0001 I. Introduction The Florida Alliance for Assistive Services and Technology, Inc. hereafter referred to as FAAST, is requesting sealed proposals from qualified

More information

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No.

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No. Facilities Planning, Construction, and Management Office of Financial Management Procurement Services 555 West 57 th Street 16 th Floor New York, NY 10019 Tel: 646-664-2700 Addendum 2 April 15, 2015 Architectural

More information

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BID

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BID For DSA PROJECT INSPECTOR (CLASS 1) Itliong Vera Cruz Middle School 21 st Century Classroom Building RFP # 779 DSA PROJECT INSPECTOR (CLASS 1) Itliong Vera Cruz Middle School 21 st Century Classroom Building

More information

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services RESPONSES ARE DUE BY 5:00 PM December 12, 2014 MAIL OR DELIVER RESPONSES TO: ATT: Robert Smith, Town Manager 614 Main St. Windermere,

More information

Carey Park Playground Equipment. Submission Deadline July 13, :00 a.m. (CST)

Carey Park Playground Equipment. Submission Deadline July 13, :00 a.m. (CST) RFQ: 15-141 CITY OF HUTCHINSON, KANSAS REQUEST FOR QUALIFICATIONS City of Hutchinson Project Manager: Justin Combs, Director of Parks and Facilities 1500 S Plum Hutchinson, KS 67504 620-694-1912 Justin.combs@hutchgov.com

More information

REQUEST FOR QUALIFICATIONS RFQ NO Orange Coast College Classroom Modernization Project

REQUEST FOR QUALIFICATIONS RFQ NO Orange Coast College Classroom Modernization Project REQUEST FOR QUALIFICATIONS RFQ NO. 001-10 Orange Coast College Classroom Modernization Project COAST COMMUNITY COLLEGE DISTRICT Facilities and Planning Department 1370 Adams Avenue, Costa Mesa, CA 92626

More information

TORNILLO ISD REQUEST FOR STATEMENTS OF QUALIFICATION FOR ARCHITECTURAL SERVICES FOR 2016 BOND PROJECTS RFQ NO

TORNILLO ISD REQUEST FOR STATEMENTS OF QUALIFICATION FOR ARCHITECTURAL SERVICES FOR 2016 BOND PROJECTS RFQ NO TORNILLO ISD REQUEST FOR STATEMENTS OF QUALIFICATION FOR ARCHITECTURAL SERVICES FOR 2016 BOND PROJECTS The Board of Trustees of the Tornillo ISD is requesting Statements of Qualification from architectural

More information

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017 REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES Dear Firm: June 19, 2017 The City is requesting qualification statements from interested firms related to structural engineering services

More information

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES RFP No. 2017-01 PACKET No. Project Name: Contracting Agency: Address: Dark Canyon Bridge Project City of Carlsbad 101 N. Halagueno, P.O. Box 1569

More information

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017 SECTION 17.0 PAGE 1 OF 38 CONTRACT PROCUREMENT POLICY The Mississippi Department of Education (Department) Contract Procurement Policy set forth herein applies to the procurement, management, and control

More information

May 18, 2016 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

May 18, 2016 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES May 18, 2016 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES I. Project Forsyth County Clemmons Branch Library II. Goal Forsyth County seeks an innovative design team to create a

More information

Londonderry Finance Department

Londonderry Finance Department Londonderry Finance Department 268 B Mammoth Road Londonderry, NH 03053 (603) 432-1100 Douglas Smith, Finance Director email: dsmith@londonderrynh.org Justin Campo, Senior Accountant Email: jcampo@londonderrynh.org

More information

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016 1. Introduction 1.1 The Board of Education for is soliciting Statements of Interest and Qualifications from qualified firms to provide comprehensive Architectural Services. The selected firm would have

More information